Federal Bid

Last Updated on 08 Oct 2014 at 4 PM
Combined Synopsis/Solicitation
Location Unknown

Stratus II System

Solicitation ID Dungey-F1L1H64265A001
Posted Date 26 Sep 2014 at 4 PM
Archive Date 08 Oct 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4855 27 Socons Lgc
Agency Department Of Defense
Location United states
The purpose of this modification is to the extend the solicitation date until 26Sep14 1100 MST.1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued.

2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 and Defense Change Notice 20140725.

3) The standard industrial classification code is 3812, NAICS is 334511, Small Business Size Standard for this NAICS code is 750 employees.

4) Description:

*Bid on each CLIN since they will be delived to a different location on base*

a) CLIN 0001 (8 EA) - Status II System Kit Part #: 153070-000019
b) CLIN 0002 (14 EA) - Status II System Kit Part #: 153070-000019
c) CLIN 0003 (18 EA) - Status II System Kit Part #: 153070-000019
d) CLIN 0004 (15 EA) - Status II System Kit Part #: 153070-000019
e) CLIN 0005 (11 EA) - Status II System Kit Part #: 153070-000019
f) CLIN 0006 (26 EA) - Status II System Kit Part #: 153070-000019
g) CLIN 0007 (92 EA) - Stratus II RAM Suction Cup Kit Part #: 153540-000026

5) Delivery shall be F.O.B. Destination to:
27 SOG/OGV
511 North Chindit Blvd
Cannon AFB, NM 88103
Delivery Date: 30 Days ARO

The following provisions applies to this acquisition:
FAR 52-212-1 Instructions to Offerors - Commercial Items

FAR 52.212-2 Evaluation - Commercial Items:
This provision is incorporated by reference, and paragraph (a) is modified to read as follows:
(a) This is a competitive best value source selection in which the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. The Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process:
1. Price
2. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Item Descriptions, the stated Delivery Date, and Quality Products (i.e., products brochures and/or products data shall be attached to the price proposal).
*All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)

The following FAR clauses applies to this acquisition:
FAR 52.212-4 Contract Terms and Conditions - Commercial Items

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Aside, FAR 52.219-13 Notice of Set-Aside of Orders, FAR 52.219-28 Post Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13 Restrictions On Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-System for Award Management.

The following DFARS clauses cited are applicable to this solicitation:
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7004 Alternate A, System for Award Management
DFARS 252.223-7008 Prohibition of Hexavalent Chromium
DFARS 252-225-7001 Buy American and Balance of Payments Program
DFARS 252-225-7002 Qualifying Country Sources as Subcontractors
DFARS 252.232-7003 Electronic Submission of Payment Request
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.247-7023 Transportation of Supplies by Sea - Basic

The following AFFARS clause cited is applicable to this solicitation:
AFFARS 5352.201-9101 Ombudsman

6) Quotes must be signed, dated and submitted by 26 Sep 2014, 1000hrs, Mountain Standard Time. Quotes shall be electronically submitted via email to both of the following points of contact (POC). Failure to email both POC's may result in an unsuccessful offer.

Primary: SSgt Cameron Dungey - [email protected]
Alternate: SSgt Benjamin Crain - [email protected]

7) For further inquires, please email the POC's listed above or the Contracting Officer, SSgt Bethany Carlan at [email protected].

 

Bid Protests Not Available

Similar Past Bids

Fort sill Oklahoma 18 Oct 2013 at 2 PM
Fort sill Oklahoma 22 Oct 2013 at 7 PM
Long beach California 14 May 2013 at 12 PM
Douglas Arizona 12 Jul 2016 at 4 PM
Marine Illinois 19 Sep 2016 at 5 PM